Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2025 SAM #8676
SOLICITATION NOTICE

84 -- Fire Fighter's Ensembles

Notice Date
8/26/2025 4:50:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
SUP OF SHIPBUILDING CONV AND REPAIR BATH ME 04530 USA
 
ZIP Code
04530
 
Solicitation Number
N6278625Q0013
 
Response Due
9/3/2025 8:59:00 PM
 
Archive Date
09/18/2025
 
Point of Contact
Hannah Lavoie, Phone: 2074422489, Jennifer Perazone, Phone: 2074425984
 
E-Mail Address
hannah.e.lavoie.civ@us.navy.mil, jennifer.b.perazone.civ@us.navy.mil
(hannah.e.lavoie.civ@us.navy.mil, jennifer.b.perazone.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Supervisor of Shipbuilding in Bath, Maine (SSBA) has a requirement for turnout gear in support of US Navy Ships. Line 1: Medium Turnout Coat Bronze 7 EA Line 2: Large Turnout Coat Bronze 9 EA Line 3: X-Large Turnout Coat Bronze 9 EA Line 4: XX-Large Turnout Coat Bronze 7 EA Line 5: XXX-Large Turnout Coat Bronze 4 EA Line 6: Medium Turnout Pants Bronze 7 EA Line 7: Large Turnout Pants Bronze 9 EA Line 8: X-Large Turnout Pants Bronze 9 EA Line 9: XX-Large Turnout Pants Bronze 7 EA Line 10: XXX-Large Turnout Pants Bronze 4 EA Important: ALL FIRE FIGHTERS ENSEMBLES SHALL BE BERRY COMPLIANT AND MANUFACTURED IN THE USA. ALL FIRE FIGHTER ENSEMBLES SHALL BE COMPLIANT WITH NFPA 1971-LATEST EDITION AND OSHA STANDARD 29CFR 1910.1030, ALL FIRE FIGHTER ENSEMBLES SHALL BE TWO PIECE ENSEMBLES. NO ONE PIECE ENSEMBLES ARE AUTHORIZED. You must be able to demonstrate that you are authorized by the manufacturer as an official distribution or resale channel partner as gray market is not allowed. Please do not include shipping as a separate line item, shipping should be included in the cost of the items and FOB Destination to San Diego, CA. Failure to comply with this information will result in a non-responsive determination. An award will be made upon the basis of best value, utilizing trade-offs of both non-price factors and price. The delivery order will be awarded to the Vendor whose quotation represents the overall best value to the Government. The non-price factors are listed in descending order of importance and when combined are equally important to price. 1 Quality: The degree of excellence, reliability, and durability of the items proposed will be evaluated using documentation provided within the RFQ. We will also use information from Government sources in addition to market research via the internet to choose the best-value solution for the Government. 2 Delivery Schedule: These items are needed as soon as possible, preference may be given to an offer that is able to expeditiously deliver these items to the Government (under 60 days). Items will be delivered to an address in San Diego, CA.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6867b1b65cb7443e9a8c96d9d89a40cb/view)
 
Place of Performance
Address: San Diego, CA 92154, USA
Zip Code: 92154
Country: USA
 
Record
SN07567630-F 20250828/250826230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.